Loading...
HomeMy WebLinkAbout1990-0552651L-9/3689 • I' AN ORDINANCE AUTHORIZING THE EXECUTION OF A CHANGE ORDER TO A CONTRACT BETWEEN THE CITY OF DENTON AND TRI-CON SERVICES, INC.; PROVIDING FOR AN INCREASE IN THE CONTRACT PRICE; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, on October 4, 1989, the City awarded a contract for the construction of certain improvements to Tri-Con Services, Inc. in the amount of $446,797.50; and WHEREAS, the City Manager having recommended to the Council that a change order be authorized to amend such contract with respect to the scope and price and said change order being in compliance with the requirements of Chapter 252 of the Local Government Code; NOW, THEREFORE, BE IT ORDAINED BY THE COUNCIL OF THE CITY OF DENTON: SECTION I. That the change order to the contract between the City and Tri-Con Services, Inc., a copy of which is attached hereto, in the amount of Twelve Thousand Seven Hundred Ninety Nine and 40/100 ($12,799.40) Dollars, is hereby approved and the expenditure of funds therefor is hereby authorized. SECTION II. That this ordinance shall become effective immediately upon it passage and roval. PASSED AND APPROVED this 3 day of _� 1990. RAY STE FN S, MjfOR ATTEST: 4j#9t6AKLTERS, CITY APPROVED AS TO LEGAL FORM: DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY BY: C �_ 0 DATE: APRIL 3, 1990 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID# 1007 - MALONE STREET DRAINAGE IMPROVEMENTS CHANGE ORDER #1 RECOMMENDATION: We recommend this Change Order #1 be approved in the amount of a $17,199.40 increase. The Contract price will change from $446,797.50 to $463,996.90. SUMMARY: This price increase is due to the unexpected required excavation of rock as per the Contract Terms and Conditions. Also included are several other changes in the project brought on by unforeseen happenings and circumstances. The Memorandum from Rodger McDaniel to Rich Svehla outlines the changes in detail. BACKGROUND: City of Denton Change Order Form, Memorandum dated March 26, 1990. PROGRAMS, DEPARTMENT OR GROUPS AFFECTED: Engineering Department and Drainage Improvements Contractor, Tri-Con Services, Inc. FISCAL IMPACT: Funds for this change will come from the original source of funding #434-002-GO88-8808-9108. Respectfu yfssuubmitted: L/ Lloyd W Harrell City Manager LPr pared by: Name: Tom D. Shaw, C.P.M. Title: Purchasing Agent Approved Name: Tom D. Shaw, C.P.M. Title: Purchasing Agent 027.DOC CITY OF DENTON CHANGE ORDER 1. Division (Department) 2. Purchase Order No. 3. Change Order No. Public Works/En ineerin 93185 1 4. Name of Project 5. Project Acct No. 6. Date Prepared Malone Drainage 434-002-GO88-8808-9108 3-23-90 /. name ana Aaaress or contractor Tri-Con Services, Inc. - P.O. Box 2867, Garland, Texas 75041 8. Description of Work Included in Contract Drainage Improvements for Malone Street 9. Changes ordered and reason ordered (List individual changes as: A, B, Cr D, etc. See attached 10. Bid Original Contract Revised Negotiated Original Revised Contract Item Estimated Unit Estimated C.O. Unit Estimated Estimated Changes No. Quantity Price Quantity Price Cost Cost A. B. S E E A T T A P H E D C. D. Total Total I.L. vcaytiial --vncracF- rrrce Y�v1/71.JU increase in Contract Price 1/,199.4U New Contract Price 463,996.90 Decrease in Contract Price 12. Contract time increased/decreased by -A- days. New contract time 50 days THE AFOREMENTIONED CHANGE, AND WORK AFFECTED THEREBY, IS SUBJECT TO ALL CONTRACT STIPULATIONS AND COVENANTS. 13. ISSUED FOR REASONS INDICATED ABOVE: 14. ACCEPTED BY CITY ENGINEER: 15. ACCEPTED BY CONTRACTOR: 16. ASSISTANT CITY MANAGER DIRECTOR OF UTILITIES: CONDITIONS OF APPROVAL: 17. PURCHASING/FINANCE C -'4'i2UJ—; .J - 276 `i'C Supervisor Date I Signature Title Signature / Title Date Signature Title Date Signature Title Date Signature Title Date COUNCIL APPROVAL (If needed) ncaaa Date CITY of DENTON / 215 E. McKinney / Denton, Texas 76201 MEMORANDUM DATE: March 26, 1990 TO: Rick Svehla, Deputy City Manager FROM: Roger McDaniel, Engineering Tech Supervisor SUBJECT: Malone Drainage Overview Tri-Con Services, Incorporated of Garland, Texas was awarded the contract for Malone Street Drainage Improvements in November 1989. The contract price was $446,797.50. Work began on November 27, 1989. We encountered rock on the project during the week of December 11, 1989. By December 19, 1989, the contractor had excavated 350 cubic yards. The estimated contract quantity for this item was 50 cubic yards at $15.00 a cubic yard. We submitted a memo to the "91" Committee on December 19, projecting between 1200 and 1500 cubic yards as a possible total quantity. The total amount excavated came to 915.6 cubic yards for a total increase of $12,984.00. Considering the existing condition of Gober street along with the additional problem of introducing the heavy equipment needed to complete the storm drain, it became evident that more than the patch over the ditch line would be needed to maintain this streets serviceability after project completion. The contractor was counseled that the asphalt patch would fail due to infiltration of water from the remainder of the street. The existing street was a seal coat over a subgrade of sand and river rock. Tri-Con offered to cement stabilize the entire street from Cordell to Linden at no cost to the City of Denton if the Street Department would do an overlay. James Corbin agreed that this was the best solution because of the potential maintenance problems. He requested that we use the remaining funds for patch to help pay for the asphalt. Tri-Cons price for asphalt patch was $40.00 per ton and there was 110 tons Malone Drainage Overview page 2 remaining. The Street Department purchases Type D asphalt at $19.50 a ton. This allowed us to place 225 tons of asphalt on Gober instead of 110 tons. Additional savings to us were realized by not bearing the cost of cement stabilizing the subgrade since Tri-Con provided all material, equipment, and labor. Item SP.4 was for lowering waterlines where it was in conflict with the storm drain. The plans identified these locations and specified to lower or encase. We did not have a price for encasement which would be cheaper than the cost of lowering the waterline. The contractor gave us a price of $500 for each encasement and the price for lowering was $1,000. We encased 5 waterlines instead of lowering them saving $2,500 overall. Our specifications require that sanitary sewer when placed inside a junction box must be replaced with ductile iron pipe. There were three locations that required this and we did not have a price for 6" or 8" ductile iron pipe. Upon request, the contractor gave us prices of $30 a foot for 6" and $35 a foot for 8". This increased the cost $950. Total overages equal $17,199.40 or 3.8%. The following is a break down of over and under by line item. ITEM DESCRIPTION SP-10 Rock Excavation 3-A Remove Concrete Pavement 8.2-A Concrete Curb & Gutter 5.8A 6" Concrete FLT Wk 8.3A 4" Concrete Sidewalk 8.3B 6" Concrete Driveway SPA Lower Waterlines 2.12.3A 18" RCP Class III 2.12.30 24" RCP Class III 3.9 Sod EXTRA Concrete Encase Waterline EXTRA 6" Ductile Iron Pipe EXTRA 8" Ductile Iron Pipe TOTAL OVERAGES REDUCTIONS $12,984.00 3,060.00 1,152.90 1,850.00 600.00 800.00 82.50 2,500.00 600.00 350.00 23,179.40 $ 60.00 120.00 5,000.00 5,980.00 There has been at least two heavy rains since construction was completed and this system functioned very well. we are submitting Change Order #1 for the additional work completed. Please submit to City Council for approval and final acceptance. If you need further information, please advise. 0835E